Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

56 -- W912CZ09T0905-01 AMENDMENT 01. ADD CLIN 0003.

Notice Date
5/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ09T090501
 
Response Due
5/21/2009
 
Archive Date
7/20/2009
 
Point of Contact
Tammie Adair, 907-384-7104<br />
 
E-Mail Address
ACA, Fort Richardson
(tammie.adair@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. As a combined synopsis solicitation proposals are being requested and no separate notice will be issued. (ii) This synopsis solicitation number is W912CZ09T0905 AMENDMENT 01. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5, 2007). (iv) The applicable NAICS is 212321. Size Standard: 500. (v) This synopsis solicitation contains (2) line items. Quotes are being sought from Total Small Business set-aside. (vii) Delivery location: Government to pick up at vendor site within the 50 miles vicinity of Anchorage, Alaska. Directorate of Public Works, Fort Richardson Alaska 99505-6500. Acceptance will be Government: Government to coordinate with vendor the times/dates of government pickup of the asphalt as needed basis during the months beginning May 1, 2009 through October 1, 2009. CLIN0001: Asphalt (Driveway Mix), Qty 800 tons -The Asphalt Driveway Mix must meet the State of Alaska Asphalt Driveway Mix specifications. Product: Asphalt Driveway Mix, City E or like-value equivalent. The government point of contact will coordinate with vendor for government pick up asphalt mix on an as needed basis during the months beginning May 1, 2009 through October 1, 2009. Governments minimum pick-up 5 ton dump trucks as needed. Due to the time sensitivity of the asphalt mix, Government will coordinate pick-up times/days at vendor site within 50miles vicinity of Anchorage, Alaska. CLIN0002 Asphalt (Driveway Mix), Qty 500 tons -The Asphalt Driveway Mix must meet the State of Alaska Asphalt Driveway Mix specifications. Product: Asphalt Driveway Mix, City E or like-value equivalent. The government point of contact will coordinate with vendor for government pick up asphalt mix on an as needed basis during the months beginning May 1, 2009 through October 1, 2009. Governments minimum pick-up 5 ton dump trucks as needed. Due to the time sensitivity of the asphalt mix, Government will coordinate pick-up times/days at vendor site within 50miles vicinity of Anchorage, Alaska. CLIN0003 Asphalt, Qty 1500 tons -The Asphalt Driveway Mix must meet the State of Alaska Asphalt Driveway Mix specifications. Product: Asphalt Driveway Mix, City E or like-value equivalent. The government point of contact will coordinate with vendor for government pick up asphalt mix on an as needed basis during the months beginning May 1, 2009 through October 1, 2009. Governments minimum pick-up 5 ton dump trucks as needed. Due to the time sensitivity of the asphalt mix, Government will coordinate pick-up times/days at vendor site within 50miles vicinity of Anchorage, Alaska. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) and FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items Alternate I (JUN 2008) applies to this acquisition, (ix) Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically acceptable, timeliness of contract performance, supply availability, price, and past performance. All offerors must include in the proposal, at a minimum, vendor times and dates of supply availability for government pickup. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 4:00 PM, Alaska Time, 21 May 2009 via fax (907) 384-7112 or email tammie.adair@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Tammie Adair via facsimile (907) 384-7112, or e-mail: tammie.adair@us.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7104, the e-mail and attachment will be discarded without being read.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABQ/DABQ03/W912CZ09T090501/listing.html)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd Floor Fort Richardson AK<br />
Zip Code: 99505-0525<br />
 
Record
SN01821225-W 20090520/090518235108-ad13238684e20a58a359a1d173cce401 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.